|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,1997 PSA#1861Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Dept., 4262 Radford Dr. Honolulu, HI 96818-3296, Code 0212 Y -- FY97 MILCON PROJECT P-438 (WITH OPTION FOR FY98 MILCON PROJECT
P-439), DESIGN AND BUILD OF BACHELOR ENLISTED QUARTERS AT THE MARINE
CORPS BASE HAWAII, KANEOHE BAY SOL N62742-96-R-1373 DUE 071797 POC Ms.
Adele Murakami, Contract Specialist, Telephone No. (808) 474-7314,
Facsimile No. (808) 474-7316 This Request for Proposal (RFP) is the
phase-two solicitation to the subject project which is being procured
using the Two-Phase Design/Build Selection procedures. Phase-one of the
process is completed and the three (3) prequalified contractors
selected are: (1) HND/Hawaiian Dredging A Joint Venture, 614 Kapahulu
Ave., Honolulu, HI 96815; (2) F2M/WSCI, 1055 W. Ave., L-12, Lancaster,
CA 93534; (3) Mortenson, 1099 Alakea St., Suite 1580, Honolulu, HI
96813. ONLY THESE CONTRACTORS WILL SUBMIT PROPOSALS. However, a copy of
the solicitation is available to other interested companies (i.e.,
subcontractors, suppliers, etc.) on either Compact Disk (CD-ROM) or
paper (hardcopy). It is the declared and acknowledged intent and
meaning of the Government to design and construct bachelor enlisted
quarters (BEQ) at the Marine Corps Base Hawaii, Kaneohe Bay (Base Item
1) complete and ready for use. It is the intent of the Government to
design and construct no less than 160 living units and no more than 170
living units, including administrative, recreational, and other support
spaces within available funds. Each unit will accommodate two
personnel. THE GOVERNMENT MAY EXERCISE AN OPTION (OPTION 0001) WITHIN
180 CALENDAR DAYS AFTER AWARD OF THE BASE ITEM TO CONSTRUCT NO LESS
THAN 160 LIVING UNITS AND NO MORE THAN 170 ADDITIONAL LIVING UNITS,
INCLUDING ADMINISTRATIVE, RECREATIONAL, AND OTHER SUPPORT SPACES ON THE
REMAINDER OF THE SITE. Units for the Option shall be identical or
similar to the Base Item 1 work to form a homogeneous community between
the two phases. Work in both phases include design and construction of
a complete and usable project consisting of demolition of existing
buildings, relocation of existing structures, site improvements,
structures, and off-site work as required. The contract period of
performance is 520 days for BASE ITEM 1 and 450 days for OPTION 0001.
The following evaluation factors will be used in the selection of the
firm: (1) Price; (2) Technical is composed of Factor A -- Building
Design,Factor B -- Proposer's Quality of Past Performance (phase-one
evaluated rating), Factor C -- Site Design and Engineering, Factor D --
Building Engineering, Material, Quality and Maintenance, and Factor E
-- Subcontracting Plan Review. Large business concerns are required to
submit a Subcontracting Plan. Award will be made to the offeror
proposing the best value to the Government from a price and technical
standpoint for Base Item 1 and Option 0001. This is a firm fixed-price
contract. The budget ceilings for the projects are $17,700,000 (Base
Item 1) and $16,700,000 (Option 0001). This procurement is
unrestricted. The Standard Industry Code (SIC) is 1522 and the annual
size standard is $17.0M. This is not a public bid opening. The Request
for Proposal (RFP) will be available on or about 2 June 1997 on
Compact Disk (CD-ROM) or paper (hardcopy) and will be mailed to
requesters or may be picked up at the PACNAVFACENGCOM, Construction
Contracts Branch, 4262 Radford Drive, Honolulu, Hawaii 96818-3296.DUE
TO A CHANGE IN THE DISTRIBUTION OF SOLICITATIONS, YOUR LETTER
REQUESTING FOR THIS RFP SHALL BE MAILED TO: DEFENSE AUTOMATED PRINTING
SERVICE, PO BOX 126, PEARL HARBOR, HAWAII 96860-5120. THERE IS A
NON-REFUNDABLE CHARGE OF $49.00 FOR THE HARDCOPY AND $25.00 FOR THE
CD-ROM. CHECKS SHALL BE MADE PAYABLE TO "DEFENSE AUTOMATED PRINTING
SERVICE." THE LETTER MUST STATE YOUR COMPANY NAME, ADDRESS, TELEPHONE
NUMBER, FACSIMILE NUMBER, RFP NO. AND PROJECT TITLE, CD-ROM AND/OR
HARDCOPY, AND WHETHER THE RFP WILL BE PICKED UP. Allow at least one
week for mailing of RFP. Companies wanting the RFP to be sent via air
express service must furnish their express service's airbill label with
the recipient's name, telephone no., company name, address, company's
account no., and type of delivery filled in. Failure to provide any of
the above information and check, as indicated, may delay the
processing of the RFP and is at no fault of the Government. Requests
for a planholders list shall be sent via facsimile transmission to
(808) 471-2604. A site visit is scheduled for 19 June 1997 at 9:00 a.m.
HST at Building 566, Marine Corps Base Hawaii, Kaneohe Bay. There will
also be a preproposal conference on 19 June 1997 at 1:00 p.m. HST at
the PACNAVFACENGCOM Construction Contracts Branch, 4262 Radford Drive,
Honolulu, Hawaii 96818-3296. Those interested in attending the site
visit and/or preproposal conference are asked to submit their company
name, names of those attending, address, telephone number and facsimile
number via facsimile transmission to (808) 474-7316. Information
concerning this RFP will also be available on or about 2 June 1997 at
the following website address:
http://www.navy.mil/homepages/navfac/pacdiv/pacdiv.htm. (0153) Loren Data Corp. http://www.ld.com (SYN# 0107 19970606\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|